Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 10B_4/9/1998 Memorandum To: Thomas G. Bradford, Village Manager � .r From: Gary Preston, Director of Public Works Date: March 30, 1998 Subject: Village Council Agenda Item for April 9, 1998; Consideration to Award Annual Street Paving Contract to County Contractor Ranger Construction Industries, Inc. , in the amount of $33,460 Please find attached, a proposal from Ranger Construction Industries, Inc. , in the amount of $33 , 460, for the above ' referenced project . The roadways scheduled for an asphalt overlay are as follows : . Street Name Lane Miles Beacon Street (E) 0 . 28 Church Road 0 . 28 Daly Road 0 . 14 Fiesta Avenue 0 . 28 Franklin Road 0 . 28 Leigh Road 0 . 17 Mars Avenue 0 . 33 Saturn Avenue 0 . 30 Venus Avenue 0 . 36 Total Lane Miles 2 .42 This project is anticipated to take three (3) days and will begin on or about June 8, 1998 . The Village Council allocated $43 , 800 . 00 in the FY 1998 Capital Improvement Fund for roadway paving and striping. Please place this item on the April 9, 1998, Village Council Agenda for Councilmembers ' consideration. GP/mk Attachs . Preston.Agenda.4.9.98 • ram'' RANGER CONSTRUCTION INDUSTRIES, INC. P.O.Box 15065 West Palm Beach,Fl 33416-5065 QUOTE NO : (407) 793-9400 FAX (407) 790-4332 PAGE NO. 1 OF 3 QUOTATION AND CONTRACT DATE : 16-Mar-98 VILLAGE OF TEQUESTA P.O BOX 3273 TEQUESTA ..FL. 33469-0273 PROJECT : VILLAGE OF TEQUSETA (561)575-6240 LOCATION : VARIOUS STREETS (561)575-6245 ATTN : GARY PRESTON COUNTY : WPB RANGER CONSTRUCTIOI shall provide all of the necessary equipment, materials and supervision to perform the following work. THIS QUOTATION IS SUBJECT TO ALL TERMS AND CONDITIONS WHICH ARE ATTACHED AND MADE A PART OF THIS QUOTATION, and becomes a contract when acceptance below is signed by an authorized agent of each party. SCOPE OF WORK Quantity Unit Inches Description Unit Price Total $0.00 $0.00 $0.00 • 1,054.000 ,TN TYPE S-3 * $30.00 $31,620.00 $0.00 $0.00 8.000 EA MANHOLE RISER $230.00 $1,840.00 $0.00 1) RANGER CONSTRUCTION WILL EDGE BACK GRASS AT SIDE OF ROADS. $o.00 $0.00 VILLAGE OF TEQUESTA IS RESPONSIBLE FOR HAULING AWAY ALL MATERIAL. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 PROVISIONS : TOTAL BID $33,460.00 1. The General Terms & Conditions on attached sheet are also part of Contract. 2. Unless stated as a specific bid item, quote does not include any Engineering Layout , Testing , As Builts, Permit Fees or Bond. 3. Bid based on 1 Mobilization (s). Each additional mobilization to to be 1,000.00 4. Contractor/Owner agrees to pay Asphalt Over-runs at SEE CTY CONTRACT 5. Base to be stable, unyielding and graded to plan prior to Ranger starting work. 6. This quotation subject to price increase in Bituminous material per FDOT price adjustment clause. Accepted By Ranger Construction Industries, Inc. BY_ //// ( BY : MICHAEL S.MILLS Estimator Title Date : Contractor Licenses — Florida : CU CO 56779 l0/4 TERMS AND CONDITIONS OF CONTRACT AGREEMENT: 1. Unless otherwise indicated in writing,this quotation expires thirty days from date of quote if not accepted in writing before that time. At the sole option of Ranger Construction Industries(hereinafter Ranger),this quotation may be extended for additional periods of time. 2. It is expressly agreed that there are no promises,agreements,or understandings not set out in this contract Any subsequent cancellations,or modifications,must be mutually agreed upon in writing. 3. Unless a lump sum price is to be paid for the foregoing work and is clearly so stated it is understood and agreed that the quantities referred to above are estimates only and that payment shall be made at the stated unit price for the actual quantities of materials utilized and work performed by Ranger as determined upon completion of work. • 4. Changes in labor classification or assignment of work by anyone other than Ranger will establish a basis for renegotiation of prices set forth in this contract.At the sole option of Ranger this contract may be canceled in the event that said changes or assignment occur or in the event that said renegotiation is deemed unsatisfactory by Ranger. 3. Unless otherwise agreed,any additional expense not covered by this quotation which is incurred by Ranger as a result of performing work under conditions of or caused by adverse weather, will be borne by Customer. If for causes beyond Ranger's control, its work is not completed within twelve months after the date of acceptance of this proposal,Ranger may cancel this agreement at any time thereafter on ten days written notice. • 6. In the event of a misunderstanding or conflict between the terms and conditions stated in the plans and specifications,this contract shall govern. . 7. Ranger shall be provided with suitable access to the work area. If Ranger's work is dependent upon or must be undertaken in conjunction with the work of others, such work shall be performed and completed so as to permit Ranger to perform its work hereunder in an uninterrupted single shift operation. 8. Unless a time for the performance of Ranger's work is specified, Ranger chall undertake its work in the course of its normal operating schedule.Ranger shall not be liable for any failure to undertake or complete work due to causes beyond its control,including but not limited to fire, flood, or other casualty, labor disputes, accidents and Acts of God, whether directly or indirectly affecting this work or other operations in which Ranger is involved. 9. Ranger shall not be responsible for,and Customer agrees to hold Ranger harmless for any liability resulting from damage to utilities, and/or damage to or deterioration of any of Ranger's work,resulting from causes beyond Ranger's control,including but not limited to misinformation supplied by Customer or its agents,failure of subgrade,and failure or inadequacy of any labor or materials not furnished and installed by Ranger. Customer further agrees to pay any legal fees incurred by Ranger in defending against such liability. 10. Unless otherwise agreed herein,payment terms are net cash,upon receipt of Ranger's invoice. All moneys not paid when due shall bear interest at the maximum rate allowed by law at the project. 11. If an agent and/or attorney is employed by Ranger for collection of any delinquent payment,Customer agrees to pay in addition to the service charge all fees for the services of such agent and/or attorney(including but not limited to all fees and costs incident to any appeals) together with all costs,charges and expenses,regardless of whether or not suit be brought. 12. This quotation and agreement shall be governed by the laws of the state of'Florida without regard to principles of conflicts of laws. Venue of all proceedings shall be in Palm Beach County,Florida and Customer waives whatever rights it may have in the selection of venue and hereby consents to jurisdiction. 13. The Guarantor(s),jointly and severally,guarantee Customer's prompt payment of all obligations under this agreement.Ranger shall not be required to take legal action against Customer or give notice to Guarantor before Ranger has the right to demand payment by the Guarantor(s)upon default of Customer. The Guarantor(s)liability to Ranger shall not be waived,discharged or impaired by assignment by Customer,forbearance by Ranger or release or bankruptcy of Customer. CREDIT: This quotation is subject to approval of the Credit Department as a condition to Contract acceptance. !s 7 3PROPOSAL :OJECT NAME: ANNUAL ASPHALT MIWNG AND RESURFACING CONTRACT .OJECT NUMBER: 98051 1 ITEM QUANTITY/UNITS UNIT PRICE TOTAL - EAST DISTRICT: 1 MILL EXIST. ASPH. PAVEMENT(1") 37,083 SY • 0. 60 $ 22 , 249 . 80 MILL EXIST. ASPH. PAVEMENT(1 1/2") 53,500 SY 0.65 34 ,775. 00 1 ACSC TYPE S-I (>200 TON ORDERS) 10,000 TN 3 0.2 0 302 .000.00 ACSC TYPE S-I I I (<50 TON ORDERS) 100 TN 60.00 6.000.00 ACSC TYPE S-II I (51-99 TON ORDERS) 400 TN 4 7.0 0 18,800 .00 ACSC TYPE S-I I I (100-200 TON ORDERS) 400 TN 4 8.0 0 19 ,200.00 ACSC TYPE S-I I I (>200 TON ORDERS) 20,000 TN 30.00 600 ,000.00 — WEST DISTRICT: • 300 ACSC TYPE S-I (>200 TON ORDERS) 3,500 TN 28.00 98 ,000.00 ° ACSC TYPE S-III (<50 TON ORDERS) - 40 TN 55.00 2,200 .00 ACSC TYPE S-III (<51-99 TON ORDERS) 887 TN 4 7.0 0 41,689.00 °° ACSC TYPE S-III (100-200 TON ORDERS) 1,415 TN 45.00 ' 63,675.00 00 ACSC TYPE S-III (>200 TON ORDERS) , 11,047 TN 28. 00 309,316.00 • Do i EAST AND WEST DISTRICTS: DO i PAVEMENT WATERPROOFING FABRIC 30,000 SY 1.50 45,000.00 ASPH. CONC. FRICTION COURSE(TYPE FC-2) 395 TN 30.00 11,850.00 MANHOLE ADJUSTMENT 60 EA 230.00 13,800 .00 — s ADJUST VALVE BOXES & MISC. STRUCTURES 60 EA , 160.00 9,600 .00 BOX OUT SHOULDER (AS PER DETAIL) 325 HR 40. 00 13 ,000 .00 TOTAL: 1 , 611, 154 . EO NOTES: 1. Palm Beach County reserves the right to increase or decrease the total quantities as necessary to meet o0 actual needs. o0 2. The item, Pavement Waterproofing Fabric, per square yard, includes fabric and installation and shall conform to section 518 of the Florida Department of Transportation Standard Specifications for Road — and Bridge Construction, 1991 Edition; except that the asphalt binder material shall be included in )o square yard price for Pavement Waterproofing Fabric, at a target rate of 0.36 gallons per square yard io with a tolerance of plus or minus 0.03 gallons per square yard. to 3. The item, Mill Exist. Asph. Pavement(1"), per square yard, is based on a 1"depth of milling. In the — event that other milling depths are required,the contract price for MITI Exist.Asph. Pavement will be adjusted in (1/2") increments. • 99